HomeMy WebLinkAbout62-99 RESOLUTION•
•
RESOLUTION NO 62-99
A RESOLUTION AWARDING BID NO. 99-35 IN THE AMOUNT
OF $601,075.50, PLUS A PROJECT CONTINGENCY AMOUNT
OF $93,925, TO NORTHWEST EXCAVATION, A DIVISION OF
NABHOLZ CONSTRUCTION, CO., FOR HIGHWAY 16 WEST
WIDENING -WATER AND SEWER LINE RELOCATION
PROJECT; AND APPROVAL OF A BUDGET ADJUSTMENT.
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE,
ARKANSAS'
Section 1 That the City Council hereby awards Bid No. 99-35 in the amount of
$601,075.50, plus a project contingency amount of $93,925, to Northwest Excavation, A Division
of Nabholz Construction, Co., for Highway 16 West Widening -Water and Sewer Line Relocation
Project. A copy of the bid tabulation is attached hereto marked Exhibit "A" and made a part hereof.
Section 7 The City Council hereby approves a budget adjustment in the amount of
$695,000 increasing Waterline Improvements, Acct. No. 5400 5600 5808 00, Project No. 99028 10
by decreasing Use of Fund Balance, Acct. No. 5400 0940 4999 99. A copy of the budget
adjustment is attached hereto marked Exhibit "B" and made a part hereof.
PASSED AND APPROVED this AL day of May , 1999.
•
ATTEST:
APPROVED:
Hanna,melf/44,
Mayor
Fre
FAYETTEVILLE
THE CITY OF FAYETTEVILLE. ARKANSAS
DEPARTMENTAL CORRESPONDENCE
To: Sid Norbash, Engineering
From: Heather Woodruff, City Clerk
Date: May 24, 1999
Attached is a copy of the resolution awarding the contract for the Hwy 16 widening project for
your records. The original will be microfilmed and filed with the city clerk.
cc. Internal Auditor
file
STAFF REVIEW FORM
X AGENDA REQUEST
X CONTRACT REVIEW
GRANT REVIEW
For the Fayetteville City Council meeting of May 4,1999
HwY 16 WIDEN
A.5.1
FROM: �/• /
Sid Norbash . Engineering Public Works
Name Division Department
ACTION REQUIRED: Approval of:
(1) The Construction Contract with Northwest Excavation, a Division of
Nabholz Construction Co., for Highway 16 W. Widening - Water & Sewer
Relocation Project in the amount of $601,075.50.
(2) A project contingency amount of $93,925.
(3) A budget adjustment in the amount of $695,000.
COST TO CITY:
$695,000 $450,000 Hwy 16 W. Widening -MS Reloc.
Cost of this Request Category/Project Budget Category/Project Name
5400-5600-5808-00
Account Number
99028-20
Project Number
14,000 Capital Water Mains
Funds Used To Date Program Name
$436,000 Water and Sewer
Remaining Balance Fund
BUDGET REVIEW: X Budgeted Item X Budget Adjustment Attached
��
Budge oordina or Administrative Services Director
CONTRACT/GRANT/LEASE REVIEW: GRANTING AGENCY:
,e -c-, 5 -99
Acco .r'.i$f7� Dat ADA Coordinator Date
City Attorn
Date Internal Auditor Date
Purchasing Officer Date
STAFF RECOMMENDATION: Approval of the contract, contingency, and the budget
adjustment.
s 3-1y
Date
Date
NO
Admi tr, iv Services Director D,a e -t
Ma or Date
Cross Reference
New Item: Yes X No
Prev Ord/Res #:
Orig Contract Date:
Orig Contract #
FAYETTEVILLE
THE CITY OF FAYETTEVILLE, ARKANSAS
DEPARTMENTAL CORRESPONDENCE
HWY 16 WIDEN
A.5.2
To: Fayetteville City Council
Thru: Fred Hanna, Mayor
Charles Venable, Public Works Director
Jim Beavers, City Engineer
From: Sid Norbash, Staff Engineer/
Date: May 3, 1999
Re: Highway 16 W. Widening (Meadowlands to 71 Bypass)
Water and Sewer Line Relocations
The above referenced project has been approved by the Council as a
CIP project and is budgeted for 1999. The Engineering for this
project has been performed by the Engineering Division, and the
construction management will also be done in house.
On 5-3-99 official bids were received for the construction
contract, and four bids were received. The low bidder is Northwest
Excavation , a Division of Nabholz Construction Co. of Rogers,
Arkansas in the amount of $601,075.50. A bid results sheet is
attached for your information.
The Staff requests that the City Council approve the following:
(1) Award of the construction contract to the low bidder, Northwest
Excavation, in the amount of $601,075.50.
(2) A total project contingency of $93,925 (approximately 15% of
the contract amount)
(3) A budget adjustment in the amount of $695,000.
The reason that a budget adjustment is needed for this project
is that several items were added to the design that were not part
of the original estimate for this project. These items are mostly
new highway crossings, due to the fact that the old crossings
either needed to be enlarged or could not be trusted under a brand
new highway, and there were more water line conflicts with the
highway work than anticipated.
Sn/sn
Attachments: Budget Adjustment
Vicinity Map
Bid Tabulation Sheet
Copy of Contract
•
1
1
1
1
1
•
w
z
3AV
S3110
o��
3N3801d y
1S383838rv11
w
m�
as D`l
dv31N33ao
DOROTHY J
.L0
)x18838
4>
AHOo 13
OOOMa3H1v3M
NI1 3NIla
OvOd 38w11
OcrW
Z
0
O
0
Z
N
cc
0
w
U
0
HWY I6 WIDEN
A.5.3
rv31VS
/
N IAa
0
Ir
Ju aO or Alija
W
w
ovoa
3lddna
z
J
0
- J
f
rc
ct z
_ w
U }
r
CHAPARRAL L
ao
J
33a1 rvnld)
%Svl
ONm00v3ry
a0 N33d3 3NId
3A180
W'
w
SAV 330vN01H0
AVM 39VIdaVO
=-1�nj
3Nv1 ASIVO
y l LAAa;
a0�
ONV1MOOV3W1
JQi
0
a0�
0
dG av1S
(33V1 5,3NNv
l N33n0
ONIZVl8
a'o
N
City Limits
O.
ale
VICINITY
HWY 16 WIDEN
A.5.4
CONTRACT
THIS AGREEMENT, made and entered into the 4th day of May
1999 , by and between the City of Fayetteville, County of
Washington, State of Arkansas, Party of the First Part, hereinafter
called the Owner, and Northwest Excavation, A Division of Nabholz Construction
of the City of Rogers, Arkansas of
the Second Part, hereinafter called the
WITNESSETH THAT:
Contractor.
, Party
WHEREAS, the Owner has called for bids for water system
improvements, as set out in the Plans and Specifications and
approved by the City of Fayetteville, Arkansas; and
WHEREAS, pursuant to the published calls for bids under said Plans
and Specifications, the Contractor is the lowest and best qualified
bidder for the construction of said Improvements;
NOW THEREFORE, the Contractor agrees with the Owner to commence and
complete the construction of:
Bid No. 99-35 which shall be Highway 16 W. Widening - Water and
Sewer Relocations, Fayetteville, Arkansas; including all Work
required for a complete and acceptable installation, for the unit
and lump sum prices bid in the Bid Proposal, all of which become
and are a part of this Contract, the total sum thus being
Six Hundred and One Thourand and Seventy -Five Dollars and Fifty Cents
dollars ($ 601,075.50 ), such sum being the agreed amount upon
which bonds and liabilities are based, and at his own cost and
expense furnish all materials, supplies, labor, machinery,
equipment, tools, supervision, bonds, insurance and other
accessories and services necessary to complete the said
construction in accordance with the conditions and prices stated in
the Bid attached hereto and made a part hereof, and in accordance
with the Technical Specifications, the General Conditions, the
Supplementary Conditions, and in accordance with the Plans, which
include all maps, plats, blueprints, and other drawings, and
written or printed explanatory matter thereof.
The Contractor agrees to commence work under this contract within
ten days of the issuance of the Notice to Proceed and totally
complete all work within ninety (90) calendar days.
The Owner agrees to pay the Contractor in current funds for the
performance of the contract in accordance with the accepted Bid
therefor, subject to additions and deductions, as provided in the
Specifications, and to make payment on account thereof as provided
below.
Co.
HWY 16 WIDEN
A.5.5
As soon as is practicable after the first of each calendar month,
and in accordance with the Contract Specifications, the Owner will
make partial payments to the Contractor for work performed during
the preceding calendar month, based upon the Engineer's estimate of
work completed, said estimate being certified by the Contractor and
accepted by the Owner. Retainage shall be withheld from the
partial payments as provided by Arkansas state laws by the Owner
until final completion and acceptance by the Owner and Engineer.
The Engineer shall then issue a Final Estimate of work done based
upon the original contract and subsequent changes made and agreed
upon, it any.
Time is hereby expressly declared to be of the essence of this
contract, and the time of beginning, manner of progress and time of
completion of the work hereunder shall be and are essential
conditions hereof.
The Contractor agrees to commence work within ten (10) calendar
days from the date of the Notice to Proceed and to proceed with the
construction of the work and to prosecute the work with an adequate
force and in a manner so as to complete the work within the time
stipulated herein. If the Contractor fails in completing the
contract within the time stipulated herein, the Contractor agrees
to pay the Owner, as liquidated damages the sum of three hundred
dollars ($300.00) per day for each calendar day of delay in
completion, said amounts being fixed and agreed upon by and between
the parties hereto. Because of the impracticability and extreme
difficulty in fixing and ascertaining the actual damages Owner
would in such event sustain, said amounts are to be presumed by the
parties to this contract to be the amounts of damage Owner would
sustain. Said amounts of liquidated damages shall be deductible
from any amount due Contractor under the Final Estimate of said
work, after the completion thereof, and Contractor shall be
entitled any to the Final Estimate less such amounts of liquidated
damages.
If the Contractor be delayed at any time in the progress of the
work by any act or neglect of the Owner or of the Owner's
employees, or by any other Contractor employed by the Owner, or by
changes ordered in the work, or by strikes, lockouts, fire, unusual
delay in transportation, unavoidable casualties or any causes
beyond the Contractor's control, or by delay authorized by the
Engineer pending arbitration, or by any cause which the Engineer
shall decide to justify the delay, then the time of completion
shall be extended for such reasonable time as the Engineer may
decide.
No such extension shall be made for delay occurring more than seven
days before claim therefor is made in writing to the Engineer. In
the case of a continuing cause for delay, only one claim is
necessary.
2
HWY 16 WIDEN .
A.5.6
In the event the Contractor abandons the work hereunder or tails,
neglects or refuses to continue the work after ten (10) days
written notice, given Contractor by the Owner or by the Engineer,
then the Owner shall have the option of 1) declaring this contract
at an end, in which event the Owner shall not be liable to the
Contractor for any work theretofore performed, or 2) requiring the
surety hereto, upon ten (10) days notice, to complete and carry out
the contract of Contractor; and in that event, should be surety
fail, neglect or refuse to carry out said contract, 3) said Owner
may complete the contract as its own expense and maintain an action
against the Contractor and the surety hereto for the actual cost of
same, together with any damages or other expense sustained or
incurred by Owner in completing this contract, less the total
amount provided for hereunder to be paid Contractor upon the
completion of this contract.
This contract shall be binding upon the heirs, representatives,
successors or assigns of the parties hereto, including the surety.
IN WITNESS WHEREOF, the Owner and Contractor have hereto set their
hands and seals, respectively.
4fitoe,Q4 Furse -Ain a d taw ion efilA
r� Name
By
Witnses* Y
*If corporation, secretary should attest.
CITY OF FAYETTEVILLE, ARKANSAS
Attest:
Fre
Hanna, Mayor
End of Contract
3
Bid Amounts for Highway 16 West
Widening from Meadowlands Dr.
to the Bypass
May 3, 1999
1. Northwest Excavation, a Division of
Nabholz Construction
2. Goodwin Company
3. Fayette Tree & Trench
4. Basic Construction Company
5. Kraus Construction Company
6. Seven Valley's Construction Company
HWY 16 WIDEN
A.5.7
$ 601,075.50
$ 613,985.00
NO BID
$ 834,742.50
$ 659,286.00
NO BID
City of Fayetteville, Arkansas
Budget Adjustment Form
❑w1 10 WLUC,V
A.5.Y
Budget Year
1999
Depanment: Public Works
Division:
Program: Capital Water Ntains
Date Requested
05/04/99
Adjustment 11
Project or Item Requested:
Rcbudgeting 1 ighway 16 West Water/Sewer Relocation
project from S les Tax Capital Improvement Fund to Water &
Sewer Fund.
Project or Item Deleted:
None. Use of Fund Balance is proposed for this adjusttnent.
Justification of this Increase:
The Highway 16 West Water/Sewer Relocation project
exceeded the funding available in Sales Tax Capital
Improvement Fund and can be funded with Water & Sewer
Fund cash & investments.
Justification of this Decrease:
Sufficient cash & investments exist in Water & Sewer
Fund to fund this request, meet programmed funding
requirements and comply with City policy.
Increase Expen. e (Decrease Revenue)
Account Name Amount
Waterline Improvements 695,000
Account Number Project Number
5400 5600
Decrease Expense (Increase Revenue)
Account Name Amount
Use of Fund Balance 695,000
5808 00 99028 10
Account Number
5400 0940 4999 99
Project Number
Approval Signatures
5 —3-q9
Requested By Date
560_ 5-3.99
Budget nagcr Date
Date
Department Director
Admin. Ser' ices Director
Date
�S/fes
Date
Blue Copy: Budget tt Research / Yellow Copy: Rrgnester
Budget Office Use Only
Type: A B C
Date of Approval
Posted to General Ledger
Posted to I'roject Accounting
Entered in Category Log
E
C:\APP\9913UDGEABUDGTADNIWY16..t.
STAFF REVIEW
AGENDA REQUEST
X CONTRACT REVIEW
GRANT REVIEW
For the Fayetteville City Council meeting
FROM:
Sid Norbash Engineering
RECEIVED
FORM
DEC 2 3 1999
CITY OF FAYETTEVILLE
CTTY CLERK QFFI E
a-99
Cfive, ()
W&.i Q'Ci9v,4744/
of _ MIC9MairiAtl , D
Public Works
Name Division
Department
ACTION REQUIRED: Approval of the Final Reconciliation and change Order #1
for Hwy 16 W. Widening- W/S Relocations Project
COST TO CITY:
S69.196.40 04,5, oats
Cost of this Request Category/Project
5400-5600-5808-00 G1C,351
..Hwy 16 W. Widening-W&S Reloc.
Budget Category/Project Name
Account Number Funds Used To Date
99028-20
Project Number
Remaining Balance
Capital Water
Mains
Program Name
Water
and Sewer
Fund
B ET REVIEW:
X
udget Coordinator
Budgeted Item
Budget Adjustment Attached
Administrative Services Director
CONTRACT/GRANT/LEASE REVIEW:
h
AcpountinMa ager
/n
ity Aotorn-y
Purchasing Officer
1)x/-99
Date A
1ZZIr11
Date
al 9
Date
GRANTING AGENCY:
Date
/a -ate -s5
Date
STAFF RECOMMENDATION: Approval of the Reconciliation Change Order.
D vision Head
De4mens Director
0 /
�1.. _ 1 strti -�•ervices Director
,i2 iI/
Ma or
Date
/L-2.2-'75
Date
Cross Reference
New Item: Yes
No X
Prev Ord/Res #:c.
z-99
Orig Contract Date: May 4,
1999
Orig Contract #
Staff Review Form
12-Zg-‘t1
SiJ Noficn sin *
Sol 4,,,J4- c IdS
Description/ Meeting Date Mav3,1999
Project Name:Hyw 16 W. Water and Sewer Reloc.
Comments: Reference Comments:
Budget Director
Accounting Manager
City Attorney
Purchasing Officer
ADA Coordinator
Internal Auditor
FAYETTEVI LLE
THE CITY OF FAYETTEVILLE. ARKANSAS
DEPARTMENTAL CORRESPONDENCE
To: Fred Hanna, Mayor
Thru: Charles Venable, Public Works Director
Jim Beavers, City Engineere;
From: Sid Norbash, Staff Engineer
Date: December 20, 1999
Re: Hwy 16 W. Widening - Water & Sewer Relocations
Final Payment & Reconciliation Change Order Number 1
The construction of the above referenced project is now complete, and a final reconciliation pay schedule has been
prepared for your approval.
Because of some major changes by the Highway Department certain modifications to our plans were necessitated.
Also, some unexpected field conditions necessitated changes, which resulted in an over -run of S69,196.40. This
amount is to be funded with the $93,925 contingency amount approved by the Council , under Resolution 62-99.
We request your approval of this change order, in order to close out this project.
SN/sn
attachments
12/20/99 17:46 FAX 501 621 8089 NC5/NWE ®002
12/20/1999 17:24 5015758316
AGREEMflrr WITH
CITY FAY 1ST FLOOR PAGE 02
ANEND iarr TO THS
Northwest Excavation, Inc.
AlumT /1 (one and Final Reconciliation).
This is an amendment to the Agreement for Hwy. 16 West Widening - W/S
Relocationfrom Meadowlands to By -Pass.
executed on the 4th day of .May
199 between the City of
Fayetteville, Arkansas and Northwedt Excavation, Inc.
Additional services required due to field changes either by field conditions
or change of plans by Highway Department.
The charge for the additional services shall not exceed
$ 69,196.40 (funded by contingency amount of $93,925.00)
CITY OF FAYETTEVILLE:
NoRTHWES"T- 6KCAVATIDN
company
•
Title
Date l:2°4
Date is -'o— 99
FOR OFFICE USE ONLY
Existing P.O. #
Contract #
1� —
RESOLUTION NO. 62-99
fel C EAVlE
MAY 2619
e;
A RESOLUTION AWARDING BID NO. 99-35 IN THE AMOUNT
OF $601,075.50, PLUS A PROJECT CONTINGENCY AMOUNT
OF $93,925, TO NORTHWEST EXCAVATION, A DIVISION OF
NABHOLZ CONSTRUCTION, CO., FOR HIGHWAY 16 WEST
WIDENING -WATER AND SEWER LINE RELOCATION
PROJECT; AND APPROVAL OF A BUDGET ADJUSTMENT.
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE,
ARKANSAS:
Section 1. That the City Council hereby awards Bid No. 99-35 in the amount of
$601,075.50, plus a project contingency amount of $93,925, to Northwest Excavation, A Division
of Nabholz Construction, Co., for Highway 16 West Widening -Water and Sewer Line Relocation
Project. A copy of the bid tabulation is attached hereto marked Exhibit "A" and made a part hereof.
section 7. The City Council hereby approves a budget adjustment in the amount of
$695,000 increasing Waterline Improvements, Acct. No. 5400 5600 5808 00, Project No. 99028 10
by decreasing Use of Fund Balance, Acct. No. 5400 0940 4999 99. A copy of the budget
adjustment is attached hereto marked Exhibit "B" and made a part hereof.
•
�/, :aa •\ APPROVED:
Ytr,
PASSED AND APPROVED this -4L day of May_, 1999.
•ATTEST:'
B
Heather Woodruff, City' Icrk
Fred Hanna, Mayor
12/07/99 15:34 FAX 501 621 8089 NCS/NWE
1 NET CHANGES by ChangeOtda
o
i
F
I
Total changes *mond
in previous months by Owner
CHANGE ORDER SUMMARY
Qi
a
0
06Y86ISOIS
`o
U
00
W
O
S
^y�
G
N
W
U
J
o
0
W
to
Oyn
8
Q
b
0
SNOiLMQJG
b GO
9J
0
U P N
in
=8
2 v z e 0$ ro M
v y
E . pp g 8
U
M p W
v
R
O J
8
O
J
nn
n
t0
w
to
-
o»
r
N N
tO N
:nod 13d8wwo3
UOpofl4SUO3 IeJaUSO
Zoos
mat, Iry bgmAagafed
o°
z
xi
>0
CO
!? 0 0
:Ol G0183d
APPLICATION AND CERTIFICATION FOR PAYMENT
not 1N310V11300
0
12/07/99 15:35 FAX 501 621 8089
NC$/NWE . Ia1004
IW.1 = O V U VWON= O `O O J P w. w w1 ^ O V W J P w a
O, Y n r= A I� 0 [f r N N �a '-! T ? .T Q �I '_'1, ^� N N 0
cr� 3g� t, ' , g6 ^`'L i S O ' PF�pp b a~^ a g A jl9pfl
9• a b 9 ®$ J (f' o f R G N Y �b' l i •g S ni n G &F
zinit
IV I Pitt 0?
5'
__
P m V N m 4• N y- r O• �N.+ - N- J LI ti • u e_ a -- f u O V
r � .� W 4 - a' v - II
I
`€s2gox22M§E lgguAgggingg0gE 8Nxgg811
II
<82I
N
PU
R
w i p i1 u 3 w*lO J 5 w1)LOeeOjie e II
W it
--22a$-"--m-
V N u J J V G
Ny 88_ JJ 88 a 1Y1,,11 N y N fS t•Ny A p- N NGp pp J
0 0 M O S 8 0 N 7 0 O o O P 0 S e$ Y e e ;-3 Wei
O O II II
II
11 11
y11
i III
I
1
P a W N P = p O n. r a• O W Pt W' -'-e444394 14 P N O V II ; S II
�. w c P -- w J a s II O II
h o S S g o S p o o f a 0 0 0 0 0 e e .� w e $ r1 $ a Ii 4� y fI
82882888 222282282828288822222222222Pa 11
I I g II
4 E
ii II
77qq w r �1 ,�-NN�1tlr$�$�Igs _ 11
H 0 H
O e p O S p o pp.,. O e e uo u J o e po as o i u S �7 P o o g o p ,r. p o o II II
8 8 8$ 8$22222 o 8 0 0 0 0 0 0 0 0 8 8 8 8- 8 8 g g Oo 8 g g 8 �11� ;�
II 2 1
I g
11 H0
N
0 8 0$ 8 8 8 8 8 8 8 Ming; 8 8 8 8 8 0 8 8 8 8 8 Vii!
ii II
II GI II
ii s l
II fi
� `I
11
900
13 8 g
r b N a 0 A e O_ A 71 P' N 0 E P P 1 8 Ni 1 o A N 'o :. ,N Y Y
$ 8.8 8 8 8$ o g g o S 8 g g 0 8 8 0 g$ g g o 0 0 0 0 0 0 0 0 0 S 0
08Pg; 88e08e,eogo8g0000,0,0 ;PP 0PP; 00000880
$$151555155 555555geessg55555 11554°5
axr•�aarxarar:x�. 555 555 a.x
m
r
r �$TI
0000
o : n
iia
tOtra R.
Osl
p
e
m
m ogfl
w A
00
N - Z Z
13 .0zA
m
T
u
I 1
0 0 0 0 0 00 0 0 0 0 0 O O O O o o O P O 0 0 0 0 0 0 0 0 0 0 0 0 II N I
8g88gg0ggggg�gsggggaaogggog88s88oggn- 1,
II yyj u
uV".1 ... �,1 �N1 py �p 1N� p q y qW }y. —cojO� 8 i'. 11 II
A S O w O O O O O rl O a ,Ni, . L O O U .lJ. J. P O 1J.1 u O W O O w O O O I Z I1
!$ 8 8 8$ b 8$$$ >r 8$$$ 8 S S 8 S: 8 8 8 8 o Y$ b e S 0 0 II n
0/
u11E+8 it;
aI
e
II at
y a
O LmLi 1
r Y i
12/07/09 15:35 FAX 501 821 8089 NCS/NWE .
r
O 0 N- - O 0 M J O 4 P U N- S 4 Y J P II
I w - w i 1f i : 9 m II
Q Q 9 q
I
g OV a it E t W a k g . i 11
{q, le as-. tt"r®y II
y a S 8 v Z 0.^ 0. II J
8 R 4pE "EES a 4 9 u
m
R 3 a 11
�.11
2 J ' m I I 2
_ET E 0
0 w 0. 9 II 7C
pa ti g
g t 1I
o
11
e
o 0 0 0
0 0 0 0
0000 0 0000
N
o 0 o II
Il
®005
it
ll
I
II
Il
1 11
1411
u �a .. q u upp y up� p ap �p u II
0
m O U 4 U 0 0 0 0 O S O O it II
m I
Ca 9 I
1.
II 1 ii
II
11
P 4 I g ° 11
O o e e 88228828888
0. o C e e 0 0 0 0 e B o 0 0 0
0 0 8 8 O g 8 o g g o 8 0 0 0 S S S 0 a II In iI
PI O
A9,
11 z 11 ai
11
II p Ii z `a
II .�� UO °gg
0000 O O e e O o 0 o e e o 0 0 0 O II I cl y j j
8888 8 8 oO 8 0 0 8 0 8 8 8 S S 8 8 8 II 11 1 o 00
2 2
0
u L
to 4 N b d M O H O 4 O S O S S O Ii
II
II
u M a
% u u u y. r w N =" II
NoJoapL8 e0 II
• eee
4t• .
8883 8000088S008 8So201I
II
I
ll
2
m
r
gr
ti
ti
iIa1
ms b
a ad
s
t E�
qLL
K
Q2
u U O :si-erpn
$
O 0 0 0 a o N o 0e u g tzlg
0 0 0 o 0 . p I
8 0 ss 8 8 H 8 8 8 8 8 S S$ 8 8 8 8 8
I
1
o dea
8 e 0 a
t
M;;?,g0;2P 22828
o53otho $Wbo $0M
P PPP POPPPPPPOIPP o 0 0
8 0 0 8 8 2 8 8 8 8 8 2 8 8 8 0 0 8
990
228$
g 8
O 0 0 ....... 4 U [�I 1J Y�
I.l ;10°x
4 N J P O 4I :=P j P c P N
n 8288882848 8 8 8 8 8
1i R P
II g
1I
I
II
12/07/99 15:35 FAX 501 621 8089 NCS/NAE
City d WreeEeMOe • Prey 18 West Wldet ey Water & Sew Y Reiccabons
Nwlhwaf Emotion
®000
L joAty (:r<S Were locw4cal Ln ate Nrate1t. kthlm w41CY eke. ccw5in This at 05,4w1
C.e4 c c to+ (nwd ke, redo p; (0j
'EXTRA- DE - NOT ON BD SCHEDULE
PROJECTED CWWGES
ESTIMATED
UNrT
EXTENDED
DESCRIPTION
QUANTITY
UNIT
COST
COST
OUANTTTY
COST Cf
CHANCE
NEW TOTAL
COST
e
a., Da., Trench Bcnvallon.Y
0
it
51.00
SOLO
4500
$8,100.00
:910003
•
0
If
50.75
$0.00
sew
$4,245.00
$alam
3
16': , . 1 valve
0
a.
53.750.00
S0.0
1
53.75003
S3.750133
1 4
3• CwmtO (ftupb Road)
0
a.
$3,40.001 SOLO
1
$3,400 CO
53,400.00
5
Fla Nydranl Eldaslmta
0
co
$555.00
$003
10
15,550.0
5985o00
e
PIIc4 Hula (a- WalrO,. dam e4 Batty Jw)
0
If
$5730
5000
53
$5.173.00
$9175.00
7
Comedian d7 Service line (f Ewa)
0
--
ea
$3,200.00
1850.00
50.0
3000
1
1
$3,203 03
180003
53,20.0
181003
e
1F14.1 Plug
0
e
8'.00
0
If
a
51080
$710.0
5300
30.00
340
5
18.732.00
33,550.03$3950.03
58,732.00
10
I•Meter Salt
0
11
3N • D,4a, Warta One.)
0
8
51182
1000
403
$5,128.00
14,12800
$45310.00
Tdal
$070,271J10
L joAty (:r<S Were locw4cal Ln ate Nrate1t. kthlm w41CY eke. ccw5in This at 05,4w1
C.e4 c c to+ (nwd ke, redo p; (0j
12/07/99 15:36 FAX 501 621 8089
qty d P13attevaa - Hey 16 Wed Widening Wakf 4 Sera r Rekicalsens
NCS/NHE
0 007
mace q rvru•eerar coa.m..w,.
ORIDYYIL BID QUANTITIES
PROJECTED CHANGES
I;STWATED
UTCT 1
EJ(TENDEU
PROJECTED CHANGES
DESCRIPTION
QUANTITY
UNIT
UNTT COST
TOTAL COST
CHANGE IN
QUANTITY
COST OF
CINNOE
NEW TOTAL
CO6T
1
18 -Water Mukr
6640
V
$45.00
5251,600.00
20
$90000
5251,700.00
2
1 E Bd1arlly Vain nth Bar
5
a
' *4.00000
$20,000.00
0
Som
520.000.00
3
16Y16Ylr Tapping Tee B Vain
1
aa
$12,000.00
512000.00
0
5010
s12,o00.00
4
Conyap Dunk Iron Ptatrgc
0.350
9e
$500
$46,750.00
4289
$21,44500
$68.15510
5
CGale valve .elft Boa
2
ea
5788.00
$1$17-00
0
$0.00
$1,51210
6
V Gate Vain nth Bmf
10
n
1910.00
59,100.00
0
$000
0,100.00
7
C PVC Wer Main C-900 Own 200 SCR 14
45
11
520.00
190000
75
$1,500.00
12,40000
8
env Tapping Skew 5 Tapping Why
3
w
$2,045.00
16,136.00
0
$0.00
1613510
9
Fire Hydml Asaemefee with r Gate Valla
11
ea
$1,80000
119,600.00
6
*10±80.00
AO.W0J10
10
ReOonnaol 541n4e Line
5
at
12110.00
51075000
-2
04.300.
$8.45010
11
3I4- Copper Poly -Wrapped
500
8
513.65
• 56,19010
400
($5.460
$2,730.00
12
Top 9o975eedurp4Mkiring
1
Is
$5,600.
55.50010
0
$0.00
$5.600.00
13
Remora Prawn 6 Rain Engin Sod
5,500
aT
$215
111.375.00
-200! ($410
510,055.00
14
6' TMdaraa waren Porting Id Repair
75
Vf
133.00
$2175.00
-7 (1231 , .
12,244.00
15
Canadian d 2' Sandra Leve to Now Wear Maim
2
oe
11$80.00
53,160.00
1 $1,580.00
$4.740.00
16
Mitt. Patdlg Lam Strad Rape
465
a
536.00
517,450.00
-214 704 ..
W.756.00
17
1.411rifunion 8 Stcsage
1
Is
54400.00
54,40000
0 WOO
$4400/0
18
Titan Safety Rsgrkemenb
1
Is
52,100.00
$2,100.00
0 10.00
$2,100.00
16
Mending Carp L Guar Replr
150
6
$13.00
51.950.00
430 55,58000
57.540.00
20
Sidewalk Repair 4' Thkllen 5
57
57110
1112$0
96 52,160.00
$217250
21
Senna of Exerting rue Hydrant Basel & Trammel 10
se
1250.00
52500.00
-1 (1250.0 •
52250.00
$1.48900
22
8' CC00 Water Pipe DR14 CC 20) 180
If
11710
$3230.00
290 $42613.00
A
Seed Race Eww9on 100
oy
$1500
58.500.00
.100 (58500.•.
$000
24
Class 7 Aggregate Ikeda! 620
In
$1020
$10,04.00
332 $5,378.40
515.422.40
25
ClemAn&G.VhNng 1
Ie
$4.00040
$4,000.00
0 50.00
$4000.00
26
Erosion coobgl
1
b
51100.00
51,600.00
0 50.00
$1,800.00
27
Cap & Pkg Existing Wdor LC
8
n
1840.00
57,520.00
-4 (13.760. • •
$3.760.00
0
5150.00
$12,000.00
0 $0 00
512,000.00
21
Hay Bae 1S' Sled Eramamsnt Pip on Spedfkd Grad
W
29
8' D.IP. Wilk FWd Leek Gadaeb Sewer Pips
107
1
544.00
54.70800
0 $Om
14,706.00
30
Hwy Bae 10' Steel Emanated Pipe It K Water Lino
255
0
1130.00
$33,150.00
0 10.00
$33150 CO
31
Hwy Bow 12' Steel Encasement Pips fur 6- Wafer Uro
90
1
$90.00
:.10000
10 WW.130
$9,000.00
32
6' DJ.P. veli HON Lod Gaakeb Weser Pips
105
If
$2600
$2,73000
0 $0.00
$2,73000
II
1260.00
$33 800.00
0 50 00
133.00.00
33
Hwy 90 6 Sued 40' Boro 30' Steal Env.sreem Pipe
130
34
8' DIP. with field Lnk Gasket! Wash LMs
335
9
$3600
$6,710.00
0 $000
SS 710.00
35
1r DIP. w11h f•Tdd Lack Gcslmla Water Urn
112
8
052.00
56,9.4.00
0 SOW
$6.9400
36
Slrrdard Serer Man Ink Cast Ip Plans
14
4
1260.00
*4,06000
-06 (51. • ,
53,1T2010
37
Corvrdfon et New r SaMary Sear b Existing Walt
1
k
12$6000
$2,560.10
0 5000
52560.00
30
8' PVC Sower Pipe Cement In Plan
14
0
590.00
$13.00
0 $0.00
$1260.00
39
Special I10kids BsddllI MaWk1
480
ry
510.50
5504010
-460 ($5,040.00
SOLO
40
Naw 3l'h4etar Set Up Cafplete with Box &Ud
5
se
$500.00
$2,050.00
1 $690.00
$3540.00
5620,21110